DA01--ERP (ITSM Follow on) (VA-26-00000769)
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The Department of Veterans Affairs (VA) has issued an informational "loopback" notice (VA-26-00000769) regarding ongoing market research for an Enterprise Resource Planning (ERP) Information Technology Service Management (ITSM) Follow-on solution. This notice directs interested parties to monitor RFI posting 36C10B26Q0024 for continued market research. This effort aims to identify potential solutions to replace the VA's current ServiceNow ITSM platform.
Purpose of Market Research
The VA is conducting market research to identify qualified vendors capable of providing an enterprise ITSM tool to replace its existing ServiceNow solution. The primary goals are to reduce overall costs, optimize utilization, and secure enterprise licenses for up to 600,000 users, including approximately 25,000 fulfiller licenses. The VA is open to alternative tools that can meet its mission requirements.
Key Requirements (Context from Previous RFI)
Based on previous market research (RFI 36C10B25Q0222), the VA is seeking solutions with the following characteristics:
- FedRAMP Authorization: Must have FedRAMP High approval at the time of proposal submission, with a verified Authorization to Operate (ATO). FedRAMP Moderate will not be accepted for this enterprise solution.
- Hosting Options: Solutions should support both secure, scalable Cloud (on FedRAMP-authorized providers) and On-Premises deployments.
- Service Level Agreement (SLA): A minimum uptime of 99.8% (monthly, excluding scheduled maintenance) is required, with an SLA outlining commitments and penalties.
- License Tracking: The tool must allow real-time tracking of license utilization.
- Compliance: Adherence to EO 14028 and NIST guidance for Secure Software Development, as well as Section 508 accessibility standards, is mandatory.
- User Model: Recommendations are sought for the best user model (ala carte and/or unlimited license).
- Migration Strategy: If migrating from ServiceNow, a strategy avoiding downtime, data loss, and significant technical debt is required.
Contract & Timeline
This is a Sources Sought / Market Research notice. The current notice is informational, indicating market research is ongoing. The previous RFI (36C10B25Q0222) had an extended response deadline of April 3, 2025, 10:00 AM EST, for capability statements and pricing. This current notice's response date of April 30, 2026, is administrative.
Eligibility & Set-Aside
Set-Aside: None specified for this informational notice. Previous market research inquired about vendor capabilities under NAICS 541519 and compliance with small business regulations, including Service-Disabled Veteran-Owned Small Business (SDVOSB) requirements (FAR 52.219-6, FAR 52.219-14, VAAR 852.219-73). The acquisition strategy is still being determined to maximize competition.
Additional Notes
This notice is for planning purposes only and does not constitute a Request for Quote (RFQ) or Request for Proposal (RFP). The VA may delay, cancel, or revise this requirement at any time. Interested parties should monitor RFI posting 36C10B26Q0024 for further updates. Primary Contact: John A A Adamitis, Contract Specialist, John.Adamitis1@va.gov, 848-377-5139.